Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2011 FBO #3392
SOURCES SOUGHT

23 -- Light Duty Conventional Tow Vehicles - Easy to Read Sources Sought

Notice Date
3/7/2011
 
Notice Type
Sources Sought
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
SSPKTT
 
Archive Date
5/31/2011
 
Point of Contact
Kathleen M. Hines, Phone: 9376561508
 
E-Mail Address
Kathleen.Hines@us.af.mil
(Kathleen.Hines@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Easy to read Sources Sought Sources Sought Synopsis/Request for Information: THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Wright-Patterson Air Force Base, OH anticipates a competitive acquisition to provide the following item: Quantity of two (2) Light Duty Conventional Tow Vehicles with booms. Boom requirements include: retracted lift capacity not less than 20,000 pounds, extended lift capacity not less than 6,000, maximum angle of boom to reach 45 degrees, dual boom elevation cylinders, and reach past the tailboard at minimum boom angle at least 80 inches. Under lift requirements include: tow rating of 20,000, lift capacity at full extension 6,000, lift capacity retracted with forks 9,000 and underlift tilt capability of +8 degrees and -8 degrees. Winch rating of 12,000 pounds, worm winch type with a cable 7/16 by 150 feet. Other requirements include: adjustable width modular body, 6,000 pound wheel retainers, drivers and passenger side tool compartments, tailboard safety chain pockets, wheel lift safety chain pockets, wheel lift safety chains (5/16 grade 70), wheel retainer storage pockets, split dual boom and wheel lift controls, independent wheel lift tilt, winch cable tensioner and spool handles and 1 set of three inch low profile frame forks and holders. This is a brand name or equal requirement. Make/Model: Hino FG1J Vulcan 894. Information is being collected from all potential sources at this time. Firms responding should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 336211, size standard of 1,000 employees. Please indicate number of employees relative to the standard of 1,000. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DOD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the cost of contract performance incurred for personnel as stated in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. FAR 19.001, Non-manufacturer Rule is applicable to this requirement. The Non-manufacturer rule means that a contractor under a small business set-aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see 13 CFR 121.406). All capable, interested sources should register on this site and provide specification sheets to Kathy Hines via e-mail at Kathleen.Hines@us.af.mil. This sources sought is for information and planning purposes only. This sources sought does not constitute a solicitation and is not to be construed as a commitment by the Government to procure the item listed. RESPONSE IS DUE NO LATER THAN 18 March 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/SSPKTT/listing.html)
 
Record
SN02395141-W 20110309/110307234612-1d793d7883838120eae22410528d5b51 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.